Contract notice

Information

Published

Date of dispatch of this notice: 10/09/2014

Expire date: 13/10/2014

External Reference: 2014-359830

TED Reference: 2014/S 176-310183

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

University Hospital North Staffs NHS Trust
N/A
City General Hospital, Newcastle Road
ST4 6QG  Stoke on Trent, Staffordshire
UK
Internet address(es):
General address of the contracting authority: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9584&B=UHNS
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9584&B=UHNS
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9584&B=UHNS
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Other: NHS
I.3)

Main activity

  • Health
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Pathology Laboratory Managed Service Contract for the provision of Cellular Pathology, Molecular Microbiology, Bacterial & Viral Serology & the Associated Items/Services Consumables & Maintenance

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    Stoke on Trent, Staffordshire

    NUTS code
    WEST MIDLANDS (ENGLAND)
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Pathology Laboratory Managed Service Contract for the provision of Cellular Pathology, Molecular Microbiology, Bacterial & Viral Serology & the Associated Items/Services Consumables & Maintenance

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85111800   Pathology services
    Supplementary vocabulary
    38430000   Detection and analysis apparatus
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Pathology Laboratory Managed Service Contract for the provision of Cellular Pathology, Molecular Microbiology, Bacterial & Viral Serology & the Associated Items/Services Consumables & Maintenance

    Estimated cost excluding VAT: 6300000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 084 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    A Dun and Bradstreet report will be obtained by the UHNS to assess your organisation‘s financial viability. This report will be used to determine whether your organisation has the financial capability and capacity should you be successful. Vendors may be rejected if their Dun and Bradstreet rating shows a risk indicator of 3 ‘Slightly greater than average risk of Financial Failure‘.

    Minimum level(s) of standards possibly required:
    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    MED3205

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    13.10.2014 - 17:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    The Trust will incorporate a minimum 10 calendar day standstill period at the point where the award decision notice is communicated to the tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Trust will not conclude the contract.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained